Item 1.6 - Auth to Purchase 2 Trucks using the CA Multiple Award Sched and 1 Cab/Chassis and Utility Body�!C��} F �w'9Y
,, cif '•-....� F
IN THE G�-"
Lii7_AVIII
TO:
FROM
City of Poway
COUNCIL AGENDA REPORT
October 3, 2017
APPROVED
N
APPROVED AS AMENDED
❑
(SEE MINUTES)
DENIED
❑
REMOVED
Cl
CONTINUED
RESOLUTION NO.
Honorable Mayor and Members of the City Council
Michael Obermiller, P.E., Dir or of Public Works
mobermiller@poway.org
CONTACT: Eric Heidemann, Assistant Direct r of Public Works for
Maintenance Operations
eheidemann@poway.org
SUBJECT: Authorization to Purchase Two Trucks using the California
Multiple Award Schedules and One Cab/Chassis and Utility
Body from Bob Stall Chevrolet
Summary:
The City's Capital Replacement Program currently includes funding for the purchase of
three trucks. For optimal pricing, it is recommended that two of the trucks be purchased
through the California Department of General Services, Procurement Division (DGS -PD)
purchasing program, California Multiple Award Schedules (CMAS), with the lowest pricing
from Winner Chevrolet. The City used the three -quote process for the cab/chassis and
utility body for the third truck and received the lowest quote from Bob Stall Chevrolet, a
La Mesa, CA dealer.
Recommended Action:
It is recommended that the City Council authorize the purchase of two trucks from Winner
Chevrolet; authorize the purchase of the cab/chassis and utility body from Bob Stall
Chevrolet; for a total estimated cost of $106,080.00 and authorize the City Manager to
execute any necessary documents.
Discussion:
The City maintains over 125 street legal vehicles. Annually, several of these vehicles must
be replaced as they have met their useful life or have excessive mileage. The current
budget contains funding to replace three trucks.
In 2005, 2006, 2008 and 2011, the Public Works Department purchased all truck cab and
chassis from the State of California CMAS program and went to a formal bid for truck
1 of 4 October 3, 2017, Item # 1.6
Authorization to Purchase Two Trucks and One Cab/Chassis
October 3, 2017
Page 2
bodies. However, in 2008, the Council waived the formal bid process for truck bodies and
authorized open market purchase because the bid process was unsuccessful.
In 2014 and 2016, a total of nine cab and chassis, nine utility bodies and five vehicles
were put through the Public Works bid process in accordance with the City's Municipal
Code. Each time a bid for a vehicle or cab and chassis with utility bed was conducted,
the City did not receive any bids, including from Poway local dealers.
In order to follow established guidelines for purchasing, the City encourages bids from
our local dealers which includes a local vendor preference and optimum pricing through
the use of cooperative purchasing as outlined in the Poway Municipal Code 3.28.110.
Two of the three truck specifications were sent to Perry Ford and The Poway Auto Group.
No written quotes were received from the local Poway dealers, but a dealer in La Mesa
submitted written quotes. Unit 16A is a midsize truck (Chevy Colorado) which is not
available through Perry Ford or the Poway Auto Group, which sells Dodge/Jeep vehicles.
The California Department of General Services, Procurement Division (DGS -PD)
administers statewide commodity contracts for use by State departments and California
local governments. Statewide Commodity Contracts are a type of Leveraged
Procurement Agreement (LPA), used as one of the State's main procurement programs
for leveraging its buying power. The two lowest quotes were from vendors that participate
in this State bidding program. The State contracts have been awarded via a thorough
competitive solicitation program. Section 3.28.110 of the Poway Municipal Code permits
the use of cooperative purchasing programs for procurement of supplies, services and
equipment when the administering agency, in this case the State, has processed their bid
in a competitive manner.
The auotes are as follows*:
2 of 4 October 3, 2017, Item # 1.6
Winner
Perry
Poway
Bob Stall
Quality
Chevrolet/
Downtown
Ford
Auto
Chevrolet
Chevrolet
Lasher
Ford
Group
Unit 16A-
2017 or
2018, 2 WD
Not
Not
drive, 4-
$27,112.47
$26,880.43
$26,711.41
No bid
available
available
door, x -cab,
long box,
pickup truck
Unit 32A -
2017 or
2018,4x2,
crew cab,
$45,191.91
$48,762.30
$48,059.92
$53,176.74
3/4 ton
No bid
No bid
SRW, long
bed cab &
chassis
Unit 55A -
2017 or
2018, 2 WD,
$35,833.05
$36,487.42
$34,176.33
$35,327.95
No bid
No bid
4 -door
cku truck
2 of 4 October 3, 2017, Item # 1.6
Authorization to Purchase Two Trucks and One Cab/Chassis
October 3, 2017
Page 3
'See Attachment "A" for a detailed breakdown of bids.
Environmental Review:
This action is not subject to California Environmental Quality Act review.
Fiscal Impact:
An additional appropriation of $2,080.00 is needed from the Equipment Replacement
Fund's Undesignated Fund Balance account 611-8912 to the Automobile & Trucks
account 611-0108-6104 so there are sufficient funds available to award the responsive
bids for the three units as identified in the report for a total expenditure of $106,079.65.
Public Notification:
A copy of this report was sent to Winner Chevrolet and Bob Stall Chevrolet.
Attachments:
A. Winner Chevrolet and Bob Stall Chevrolet quotes.
Reviewed/Approved By:
t�
WendVKaserman
Assistant City Manager
Reviewed By:
Morgan Foley
City Attorney
Approved By:
Tina M. White
City Manager
3 of 4 October 3, 2017, Item # 1.6
J
ATTACHMENT A
°
a
3
0
a
a
W
w
d
w
a
U
n
o
E
0 o n
Z �
a
N
0 �
o a
Z �
N
n
o
w
W
u
o
o
w
r
o
a
o
vi
ui
r
a6
0
0
c
u
r
r
o
m
o
0
d
m
o�
M
ci
N
«O
c
V
V
3 o
d
0
V
U
W
W
Ea
u3
F»
E»
F»
en
S
U
a
fA
ff3
fA
fA
fA
fA
(A
v
o
o�
o
w
o
o
cMO
�
v
p
N
N
O
r
r
O
j
M
M
M
OD
O
W
M
W
O)
OD
S
w
v
v
O
U
K
V
V
N
N
>
q
a
ct
O
ff3
fA
f9
fA
f9
M
fA
0
w
F»
w
f»
f»
w
o
o
r
r
r
o
v
N
v
N
o
O
v
N
v
O
O
O
r
O
O
M
S
w
1()
ifJ
rn
00
W
V_
>
5
a
�
a
M
M
N
V
M
�n
a
1
0
i0
N
(O
m
F»
f»
ua
<»
o
V3
W
x
E9
d d
E9
6
O
O
F
L a
O
v o
3
F
m
p m
x
v
°
Y
ao
a
o
v
f
o
c
m
w
r
U)
m
N
Q
N
L
U
N
M
N
OI C
(O
s
O O Y
U Z
m
a
r O
»
F»
c
o
w
3
a
m
x
O
N
m
N
L
W
ZO
a
f~
w
Z
Z
o
°
I N
a
m
- m
v
v
N
N
U)
Q F7
@
U
w
V
m
N
-
c
U
yr O
M
N
O
i0
m
a
•C L �
O Z
!A
a
,Njl
0
0
L
=
N
O
O U
v
N
cZ
L
H
d d
ATTACHMENT A
°
a
3
0
a
a
W
w
d
w
a
U
n
o
E
0 o n
Z �
a
N
0 �
o a
Z �
N
0
W
u
0
o
m
r
o
r
o
v
c
u
r
r
r
o
0
d
m
o�
M
ci
N
«O
c
V
V
3
0
V
U
W
o
Ea
u3
F»
E»
F»
en
`w
a
n E
n
orn
v
o
o�
o
a
Z �
N
v
o0
000
r
o
o
m
LLN
c w
K
V
V
M
3 O
6
o
K
V
V
N
N
a
L
U
3
ff3
fA
f9
fA
f9
M
fA
0
w
O
O
N
r
M
O
O
O
r
O
O
M
S
V
1()
ifJ
M
00
W
>
5
a
3
M
M
N
V
M
3 0
1
W
i0
N
(O
w
v
v
v
m
o
V3
E9
p
E9
EH
E9
fA
v o
o
o
O
r
v
°
N
m
w
r
r
co
v
L
U
M
M
N
(O
s
m
a
w
»
F»
w
3
a
m
x
d d
m
N
L
W
M
v c
f~
w
O N
o
°
o
a
m
- m
v
v
N
N
U)
Q F7
@
U
w
V
o
N
c
U
N Cr N
M
N
O
i0
m
a
O N
O Z
a
0
0
L
=
N
O U
v
x
d d
u
Q m
~
v
CM
U N
N
U!
0
F
0
U
1
v
w
C N
N
N
a F-
N
0
W
7 u a
C
O
O
1
O
p
>
W
u
O
o
v
3
a
n E
0
o a
a
Z �
N
U
u
V
U
W
a
n E
v
On
a
Z �
N
v
o0
000
r
o
o
m
LLN
o
K
V
V
N
N
3
0
O
O
O
r
O
O
M
L
00
c
U
M
M
N
V
M
3 0
1
W
L
U
V3
E9
fA
E9
EH
E9
fA
w
o
o
O
r
v
°
>
w
r
r
co
v
L
U
M
M
N
(O
>
a
3
a
W
n
n
M
o
°
u
n
r
r
v
N
N
U
w
V
N
N
M
M
N
i0
m
a
a
0
x
d d
u
~
L
N
N
M
F
m
v
O U
N
N
a F-
N
`
ON «
C
O
Ci
Z
r s
@
o
Z
N
Z
Z
O
Q o
w
wC
�
O
O
M
?:
o
z N z m
4 of 4 October 3, 2017, Item # 1.6